HomeMy WebLinkAbout20153812.tiff WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES
BETWEEN WELD COUNTY & DJE Electr�c, Li,C
PROJECT NAME
THIS AGREEMENT is made and entered into this�ti t�'day of , 201� by and between
the County of Weld, a body corporate and politic of the State of Colorado, by and hrough its Board of County
Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as
"County," and DJE Electric, LLC, a limited liability company who whose address is 3850 Cheyenne Drive,
Greeley, CO 80634, hereinafter referred to as "Contractor".
WHEREAS, the Island Grove Barn Building needs updated wiring and outlets,
WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the
project,
WHEREAS, County requires an independent contract construction professional to perform the
construction services required by County and set forth in Exhibit A and B;
WHEREAS, Contractor is willing to perform and has the specific ability to perform the required
Construction Services at or below the cost set forth in Exhibit B:
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in Exhibits A
and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated
herein by this reference. County and Contractor acknowledge and agree that this Agreement, including
specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness
and ability to meet those requirements.
Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1500181. The
RFP contains all of the specific requirements of County.
Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms
Contractor's obligations under this Agreement.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products
necessary for the Project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the Project described in Exhibit A which is attached
hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County
Director of Buildings & Grounds or other designated supervisory personnel, (the "Manager"), to
perForm the services described on attached Exhibits A and B. Contractor shall faithfully perform the
work in accordance with the standards of professional care, skill, training, diligence and judgment
provided by highly competent Contractors performing construction services of a similar nature to
those described in this Agreement. Contractor shall further be responsible for the timely completion,
�; g�CT7 �- �w �� ��'�
� �
� Q�� �
�.-�o,3a�� � _ O20� /(o r�?Cv(S- 38!2
�G bv17
and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B
within the time limits prescribed by County may result in County's decision to withhold payment or
to terminate this Agreement. In its sole discretion, the County, by the Director of the Department of
Buildings and Grounds or his or her designee, may extend the time for the Contractor to complete
the service or work, by not more than thirty (30) days. Such extension shall not increase the
compensation to be paid to the Contractor nor change any other term herein.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until Contractor's completion of the responsibilities described
in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the
State of Colorado prohibit County from entering into Agreements which bind County for periods longer
than one year.Therefore,within the thirty(30)days preceding the anniversary date of this Agreement,
County shall notify Contractor if it wishes to renew this Contract.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30)
days written notice. Furthermore, this Agreement may be terminated at any time without notice upon
a material breach of the terms of the Agreement. However, nothing herein shall be construed as
giving Contractor the right to provide materials (or services) under this Agreement beyond the time
when such materials (or services) become unsatisfactory to the County.
If this Agreement is terminated by County, Contractor shall be compensated for, and such
compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has
submitted and which have been approved by the County; (2) the reasonable value to County of the
materials which Contractor provided prior to the date of the termination notice, but which had not yet
been approved for payment; and (3)the cost of any work which the County approves in writing which
it determines is needed to accomplish an orderly termination of the work. County shall be entitled to
the use of all material generated pursuant to this Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities owned
by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall
deliver to County all drawings, drafts or other documents it has completed or partially completed
under this Agreement, together with all other items, materials and documents which have been paid
for by County, and these items, materials and documents shall be the property of County. Copies of
work product incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE."
Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever
against the County by reason of such termination or by reason of any act incidental thereto, except
for compensation for work satisfactorily perFormed and/or materials described herein properly
delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by Contractor shall be the basis for
additional compensation unless and until Contractor has obtained written authorization and
acknowledgement by County for such additional services. Accordingly, no claim that the County has
been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder.
6. Compensation/Contract Amount. Upon Contractor's successful completion of the ConstruCtion of
the Project, and County's acceptance of the same, County agrees to pay an amount no greater than
$84,856.00, which may be paid in monthly progress payments, which is the bid set forth in Exhibit B.
Contractor acknowledges no payment in excess of that amount will be made by County unless a
"change orde�" authorizing such additional payment has been specifically approved by the Director
of Weld County Buildings & Grounds, or by formal resolution of the Weld County Board of County
Commissioners, as required pursuant to the Weld County Code. Any other provision of this
Agreement notwithstanding, in no event shall County be liable for payment for services rendered and
expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the
sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs
beyond that specifically authorized by County is performed at Contractor's risk and without
authorization under this Agreement. County shall not be liable for the payment of taxes, late charges
or penalties of any nature other than the compensation stated herein.
County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
Nofinrithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of
any period after December 31 of any year, without an appropriation therefore by County in
accordance with a budget adopted by the Board of County Commissioners in compliance with Article
25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101
et. seq.) and the TABOR Amendment(Colorado Constitution, Article X, Sec. 20)
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that
Contractor's officers, agents or employees will not become employees of County, nor entitled to any
employee benefits from County as a result of the execution of this Agreement. Contractor shall
perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for
its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
Contractor, its employees and agents are not entitled to unemployment insurance or workers'
compensation benefits through County and County shall not pay for or otherwise provide such
coverage for Contractor or any of its agents or employees. Contractor shall pay when due all
applicable employment taxes and income taxes and local head taxes(if applicable) incurred pursuant
to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any
agreement, liability or understanding, except as expressly set forth in this Agreement.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into
any subcontractor agreements for the completion of this Project without County's prior written
consent, whiCh may be withheld in County's sole discretion. County shall have the right in its
reasonable discretion to approve all personnel assigned to the subject Project during the
performance of this Agreement and no personnel to whom County has an objection, in its
reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the
subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward
Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes
toward County. County shall have the right (but not the obligation) to enforce the provisions of this
Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such
process. The Contractor shall be responsible for the acts and omissions of its agents, employees
and subcontractors.
9. Ownership. All work and information obtained by Contractor under this Agreement or individual work
order shall become or remain (as applicable), the property of County. In addition, all reports, data,
plans, drawings, records and computer files generated by Contractor in relation to this Agreement
and all reports, test results and all other tangible materials obtained and/or produced in connection
with the perFormance of this Agreement, whether or not such materials are in completed form, shall
at all times be considered the property of the County. Contractor shall not make use of such material
for purposes other than in connection with this Agreement without prior written approval of County.
10. Confidentiality. Confidential financial information of Contractor should be transmitted separately
from the main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply
with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee
the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential
information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential
information to any other person or entity without seeking written permission from the County.
Contractor agrees to advise its employees, agents, and consultants, of the confidential and
proprietary nature of this confidential information and of the restrictions imposed by this agreement.
11. Warranty. Contractor warrants that construction services pertormed under this Agreement will be
performed in a manner consistent with the professional construction standards governing such
services and the provisions of this Agreement. Contractor further represents and warrants that all
construction services shall be perFormed by qualified personnel in a professional and workmanlike
manner, consistent with industry standards, and that all construction services will conform to
applicable specifications.
In addition to the foregoing warranties, Contractor is aware that all work perFormed on this Project
pursuant to this Agreement is subject to a one year warranty period during which Contractor must
correct any failures or deficiencies caused by contractor's workmanship or performance. This
warranty shall commence on the date of County's final inspection and acceptance of the Project.
12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to
County originals of all test results, reports, etc.,generated during completion of this work. Acceptance
by County of reports, incidental material(s), and structures furnished under this Agreement shall not
in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the
project. In no event shall any action by County hereunder constitute or be construed to be a waiver
by County of any breach of this Agreement or default which may then exist on the part of Contractor,
and County's action or inaction when any such breach or default shall exist shall not impair or
prejudice any right or remedy available to County with respect to such breach or default. No assent,
expressed or implied, to any breach of any one or more covenants, provisions or conditions of the
Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County
of, or payment for, the construction completed under this Agreement shall not be construed as a
waiver of any of the County's rights under this Agreement or under the law generally.
13. Insurance and Indemnification.
General Requirements: Contractors/Contract Professionals must secure, at or before the time of
execution of any agreement or commencement of any work, the following insurance covering all
operations, goods or services provided pursuant to this request. Contractors/Contract Professionals
shall keep the required insurance coverage in force at all times during the term of the Agreement, or
any extension thereof, and during any warranty period. The required insurance shall be underwritten
by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or
better. Each policy shall contain a valid provision or endorsement stating "Should any of the above-
described policies by canceled or should any coverage be reduced before the expiration date thereof,
the issuing company shall send written notice to the Weld County Director of General Services by
certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such
cancellation or reduction unless due to non-payment of premiumsfor which notice shall be sent ten(10)
days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified
by the Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the
payment of any deductible or self-insured retention. County reserves the right to require
Contractor/Contract Professional to provide a bond, at no cost to County, in the amount of the
deductible or self-insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Contractor/Contract Professional. The County
in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor
from liabilities that might arise out of the performance of the work under this Contract by the
Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved
of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to
obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these
requirements must be made in writing by Weld County.
The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor
shall be responsible for the professional quality, technical accuracy, and quantity of all construction
services provided, the timely delivery of said services, and the coordination of all services rendered
by the Contractor and shall,without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
Indemnitv: The Contractor shall defend, indemnify and hold harmless County, its officers, agents,
and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or
character arising out of the work done in fulfillment of the terms of this Contract or on account of any
act, claim or amount arising or recovered under workers'compensation law or arising out of the failure
of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The
Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained
by any person, persons, or property on account of its performance under this Agreement or its failure
to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the
Contractor in its construction methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or
other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof.
It is agreed that the Contractor will be responsible for primary loss investigation, defense and
judgment costs where this contract of indemnity applies. In consideration of the award of this contract,
the Contractor agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and
volunteers for losses arising from the work performed by the Contractor for the County. A failure to
comply with this provision shall result in County's right to immediately terminate this Agreement.
Tvpes of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times
during the term of any Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the Contractor's Contract Professional's employees acting within the course and scope
of their employment. Policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers'
Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole
proprietor waiver form.
Minimum Limits:
Coverage A (Workers' Compensation) Statutory
Coverage B (Employers Liability) $ 500,000
$ 500,000
$ 500,000
Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent,
covering premises operations, explosions,collapse and underground hazard, personal advertising injury,
fire damage, independent Contractors, products and completed operations, blanket contractual
liability, personal injury, and liability assumed under an insured contract. The policy shall be endorsed
to include the following additional insured language on the additional insured endorsements specified
above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or
assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional
insured with respect to liability and defense of suits arising out of the activities performed by, or on
behalf of the Contractor, including completed operations" and the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
$50,000 any one fire; and - ��
� � . T
$5,000 Medical payment one person
Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily
injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage
applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired,
and non-owned vehicles used in the performance of this Contract.
For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional
liability policies, if the policy is a claims-made policy, the retroactive date must be on or before the
contract date or the first date when any goods or services were provided to County, whichever is
earlier.
Contractors/Contract Professionals shall secure and deliver to the County at or before the time of
execution of this Agreement, and shall keep in force at all times during the term of the Agreement
as the same may be extended as herein provided, a commercial general liability insurance policy,
including public liability and property damage, in form and company acceptable to and approved by
said Administrator, covering all operations hereunder set forth in the related Bid or Request for
Proposal.
Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide
a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an
additional insured.
Waiver of Subroqation: For all coverages, Contractor/Contract Professional's insurer shall waive
subrogation rights against County.
Subcontractors: All subcontractors, subcontractors, independent Contractors,sub-vendors,suppliers or
other entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of
Contractor/Contract Professional. Contractor/Contract Professional shall include all such
subcontractors, independent Contractors, sub-vendors suppliers or other entities as insureds under its
policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract
Professional agrees to provide proof of insurance for all such subcontractors, independent
Contractors, sub-vendors suppliers or other entities upon request by the County.
14. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or
claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign
or transfer its rights hereunder without such prior approval by County shall, at the option of County,
automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be
granted or denied at the sole and absolute discretion of County.
15. Examination of Records. To the extent required by law, the Contractor agrees that any duly
authorized representative of County, including the County Auditor, shall have access to and the right
to examine and audit any books, documents, papers and records of Contractor, involving all matters
and/or transactions related to this Agreement. The Contractor agrees to maintain these documents
for three years from the date of the last payment received.
16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perForm any obligation under this Agreement, where such failure is
due to any cause beyond its reasonable control, including but not limited to Acts of God,fires, strikes,
war, flood, earthquakes or Governmental actions.
17. Notices. County may designate, prior to commencement of work, its project representative ("County
Representative") who shall make, within the scope of his or her authority, and all necessary and
proper decisions with reference to the project. All requests for contract interpretations, change orders,
and other clarification or instruction shall be directed to County Representative. The County
Representative for purposes of this Agreement is hereby identified as, Director of Weld County
Department of Buildings and Grounds, or his designee. All notices or other communications
(including annual maintenance made by one party to the other concerning the terms and conditions
of this contract shall be deemed delivered under the following circumstances:
a) personal service by a reputable courier service requiring signature for receipt; or
b) five (5) days following delivery to the United States Postal Service, postage prepaid
addressed to a party at the address set forth in this contract; or
c) electronic transmission via email at the address set forth below, where a receipt or
acknowledgment is required by the sending party; or
d) transmission via facsimile, at the number set forth below, where a receipt or
acknowledgment is required by the sending party.
Either party may change its notice address(es) by written notice to the other.
Notification Information:
Contractor:
Attn.: President,
Address:
Address:
E-mail:
Facsimile:
With copy to:
Name:
Position:
Address:
Address:
E-mail:
Facsimile:
County:
Name: Toby Taylor
Position: Director, Buildings & Grounds
Address: 1105 H Street, Greeley, CO 80631
Address:
E-mail: ttaylor@weldgov.com
Facsimile: (970) 304-6532
18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws,
rules and regulations in effect or hereafter established, including without limitation, laws applicable to
discrimination and unfair employment practices.
19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other
Contractors or persons to perForm services of the same or similar nature.
20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and
incorporated herein, contains the entire agreement between the parties with respect to the subject
matter contained in this Agreement. This instrument supersedes all prior negotiations,
representations, and understandings or agreements with respect to the subject matter contained in
this Agreement. This Agreement may be changed or supplemented only by a written instrument
signed by both parties.
21. Fund Availability. Financial obligations of the County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available.
Execution of this Agreement by County does not create an obligation on the part of County to expend
funds not otherwise appropriated in each succeeding year.
22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interFere with the performance of Contractor's services and Contractor
shall not employ any person having such known interests. During the term of this Agreement,
Contractor shall not engage in any in any business or personal activities or practices or maintain any
relationships which actually conflicts with or in any way appear to conflict with the full performance of
its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision
may result, in County's sole discretion, in immediate termination of this Agreement. No employee of
Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold
any such position which either by rule, practice or action nominates, recommends, supervises
Contractor's operations, or authorizes funding to Contractor.
23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced
without such provision, to the extent that this Agreement is then capable of execution within the
original intent of the parties.
24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions,
of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter
amended.
25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms
and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly
reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or
right of action whatsoever by any other person not included in this Agreement. It is the express
intention of the undersigned parties that any entity other than the undersigned parties receiving
services or benefits under this Agreement shall be an incidental beneficiary only.
26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Colorado or its
designee.
27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto,
shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision
included or incorporated herein by reference which conflicts with said laws, rules and/or regulations
shall be null and void. In the event of a legal dispute befinreen the parties, Contractor agrees that the
Weld County District Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that
it does not knowingly employ or contract with an illegal alien who will perform work under this
contract. Contractor will confirm the employment eligibility of all employees who are newly hired for
employment in the United States to perform work under this Agreement, through participation in the
E-Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-
102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor
that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement. Contractor shall not use E-Verify Program or State of Colorado program
procedures to undertake pre-employment screening or job applicants while this Agreement is being
performed. If Contractor obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify
the subcontractor and County within three (3) days that Contractor has actual knowledge that a
subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a
subcontractor does not stop employing or contracting with the illegal alien within three (3) days of
receiving notice. Contractor shall not terminate the contract if within three days the subcontractor
provides information to establish that the subcontractor has not knowingly employed or contracted
with an illegal alien. Contractor shall comply with reasonable requests made in the course of an
investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor
and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that Contractor
has examined the legal work status of such employee, retained file copies of the documents, and not
altered or falsified the identification documents for such employees. Contractor shall deliver to
County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Contractor
fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may
terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United States
pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the
contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of
perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States
pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-
76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-
76.5-103 prior to the effective date of the contract.
29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning
this Agreement, the parties agree that each party shall be responsible for the payment of attorney
fees and/or legal costs incurred by or on its own behalf.
30. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by
reference shall be null and void.
31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000
annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor
certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty
percent of the work under this Contract. "Colorado labor" means any person who is a resident of
the state of Colorado at the time of the Buildings & Grounds project, who can provide a valid
Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that
he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may
waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient
Colorado labor is available to perform the work, and this requirement would create an undue burden
that would substantially prevent the work from proceeding to completion.This section shall not apply
to any project which is funded in whole or in part with federal funds, or where otherwise contrary to
federal law.
Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms. Both parties further agree that this Agreement,
with the attached Exhibits � and � , is the complete and exclusive statement of agreement
between the parties and supersedes all proposals or prior agreements, oral or written, and any other
communications between the parties relating to the subject matter of this Agreement.
IN WITNESS WHEREOF, the parties
'da n va y , 201.
CONTRACTOR:
Dm) E LE/eel-tic
By:
Name: DAA/ Erb* ei.e r
Title: o (4)J er
hereto have signed this Agreement this / 1 day of
Date `/ / 11/2 o / L
WELD CO
ATTEST:
Weld Coty Clerk to the Bo rd
BY: 1./A.i
Deputy Cle
APPROVED AS TO FUN
Contro er
APP ED AS O FORM:
County Attorney
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ike Freeman, Chair 'JAN 2 4 7.016
PROVED AS TO SUBSTANCE:
O vial or Derartr,QRt Head
Director ot'General Services
ola /5- 3f/0,-)
��C �,� �I c 7 �
REQUEST FOR BID ���'�1861 ,� �s_
WELD COUNTY, COLORADO
1150 O STREET �' .�
GREELEY, CO 80631
,. GOUNTY
DATE: NOVEMBER 4, 2015 � �
BID NUMBER: #B1500181
DESCRIPTION: OUTLETS/WIRING - ISLAND GROVE BARN BLDG
DEPARTMENT: BUILDINGS &GROUNDS DEPT
MANDATORY PRE-BID CONFERENCE DATE: 11116115 @ 2:00 PM
BID OPENING DATE: 11/30/15 @ 10:00 AM
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Director of
General Services (coilectively referred to herein as, "Weld County'), wishes to purchase the
following: OUTLETS/WIRING- ISLAND GROVE BARN BLDG.
A mandatory pre-bid conference will be held at 2:00 p.m.,on November 16,2015,at the Island Grove
Barn bldg, 501 N 15t'' Ave, Greeley CO 80631. Please call purchasing if you have any questions.
(970-356-4000 x4223 or x4222). Bidders must participate and record their presence at the pre-bid
conference to be allowed to submit bids. Please call purchasing if you have any questions on the location.
(970-356-4000 x4223 or x4222)
Bids will be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: NOVEMBER30,20'15(c�10:00am
jWeld Countv Purchasing Time Clock.a
PAGES 1 -8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and
discounts,and shall,in every way,be the total net price which the bidderwill expect the Weld County to pay
if awarded the bid.
You can find bid information on the Weld County Purchasing website at
h�_//www._co._weld.co_us/Departments/Purchasing/index.html located under Current Request for Bids.
Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky
Mountain E-Purchasing System (BidNet�) is an on-line notification system that is being utilized by
multiple governmental entities. Participating entities post their bids, quotes, proposa�s, addendums, and
awards on this one centralized system.
Bid Delivery to Weld Countv— 3 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s@ w e I d g o v . c o m .
Emailed bids must include the following statement on the email: "I hereby waive my right to a
sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than
one copy of the bid is requested, you must submit/mail hard copies of the bid proposal.
BID REQUEST#B1500181 Page 1
2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must
include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If
more than one copy of the bid is requested, you must submit/mail hard copies of the bid
proposal.
3. Mail or Hand Deliverv. Mailed (or hand delivered) bids should be sent in a sealed envelope
with the bid title and bid number on it. Please address to: Weld County Purchasing Department,
1150 O Street,Room#107 Greeley, CO 80631.
Please call Purchasing at 970-336-7225 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature.
Bids by partnerships must furnish the full names of all partners and must be signed with the partnership
name by one of the members of the partnership or by an authorized representative, followed by the
signature and title of the person signing. Bids by corporations must be signed with the legal name of
the corporation, followed by the name of the state of the incorporation and by the signature and title of
the president, secretary, or other person authorized to bind it in the matter. The name of each person
signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature
the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to
be the bid of the individual signing. When requested by the Weld County Director of General Services,
satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished.
A power of attorney must accompany the signature of anyone not otherwise authorized to bind the
Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall
agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as
stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces
in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are
inctuded in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out
completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to
ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated
in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept
unopened in a secure place. No responsibility will attach to the Weld County Director of General
Services for the premature opening of a bid not properly addressed and identified. Bids may be
withdrawn upon written request to and approval of the Weld County Director of General Services; said
request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the
part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained
herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give
preference to resident Weld County bidders in all cases where said bids are competitive in price and
quality. It is also understood that Weld County will give preference to suppliers from the State of
Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any
books, stationery, records, printing, lithographing or other supplies for any officer of Weld County).
Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award
the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County
Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one
vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the
Request for Proposal contained herein (including, but not limited to the product specifications and
scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the
Board of County Commissioners, together constitutes a contract, with the contract date being the date
of signature by the Chair of the Board of County Commissioners.
BID REQUEST#B1500181 Page 2
4. SUCCESSFUL BIDDER HIRING PRACTICES- ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an
illegat alien who will perform work under this contract. Successful bidder will confirm the employment
eligibility of all employees who are newly hired for employment in the United States to perform work
under this Agreement, through participation in the E-Verify program or the State of Colorado program
established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or
contract with an illegal alien to perform work under this Agreement or enter into a contract with a
subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly
employ or contract with an illegal alien to perForm work under this Agreement. Successful bidder shall
not use E-Verify Program or State of Colorado program procedures to undertake pre-employment
screening or job applicants while this Agreement is being performed. If Successful bidder obtains
actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Successful bidder shall notify the subco�tractor and County
within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or
contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop
employing or contracting with the illegal alien within three (3) days of receiving notice. Successful
bidder shall not terminate the contract if within three days the subcontractor provides information to
establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment.
If Successful bidder participates in the State of Colorado program, Successful bidder shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that Successful
bidder has examined the legal work status of such employee, retained file copies of the documents, and
not altered or falsified the identification documents for such employees. Successful bidder shall deliver
to County, a written notarized affirmation that it has examined the legal work status of such employee,
and shall comply with all of the other requirements of the State of Colorado program. If Successful
bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County,
may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must confirm
that any individual natural person eighteen (18) years of age or o►der is lawfully present in the United
States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under
the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under
penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the
United States pursuant to federal law, (b) shall produce one of the forms of identification required by
C.R.S. § 24-76.5-101, et seq., and (c} shall produce one of the forms of identification required by
C.R.S. § 24-76.5-103 prior to the effective date of the contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. By acceptance of the bid, Weld County does not warrant that funds will be available to
fund the contract beyond the current fiscal year.
B. Confidential Information: Confidential financial information of the bidder should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the
top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity,
Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public
records, and cannot guarantee the confidentiality of alf documents.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as
a waiver, express or implied, of any of the immunities, rights, benefits, protections or other
provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or
hereafter amended.
BID REQUEST#B1500181 Page 3
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an
independent contractor and not as an employee. He or she shali be solely responsible for its acts
and those of its agents and employees for all acts perFormed pursuant to the contract. Neither the
successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee
of Weld County. The successful bidder and its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through Weld County and Weld
County shall not pay for or otherwise provide such coverage for the successful bidder or any of its
agents or employees. Unemployment insurance benefits will be available to the successful bidder
and its employees and agents only if such coverage is made available by the successful bidder or
a third party. The successful bidder shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement,
liability or understanding, except as expressly set forth in the contract. The successful bidder shall
have the following responsibilities with regard to workers' compensation and unemployment
compensation insurance matters: (a) provide and keep in force workers' compensation and
unemployment compensation insurance in the amounts required by law, and (b) provide proof
thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and
state laws, rules and regulations in effect or hereafter established, including without limitation, laws
applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of the contract. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be
null and void.
G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such
enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall
give or allow any claim or right of action whatsoever by any other person not included in the
contract. It is the express intention of the undersigned parties that any entity other than the
undersigned parties receiving services or benefits under the contract shall be an incidental
beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or
responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the �
successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises wil( be afforded full opportunity to submit bids in response to all invitations and will not
be discriminated against on the grounds of race, color, national origin, sex, age, or disability in
consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials,
equipment and/or products necessary for the project and agrees to diligently provide all services,
labor, personnel and materials necessary to perForm and complete the project. The successful
bidder shall further be responsible for the timely completion, and acknowledges that a failure to
comply with the standards and requirements outlined in the Bid within the time limits prescribed by
County may result in County's decision to withhold payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by
County, and shall continue through and until successful bidder's completion of the responsibilities
described in the Bid.
BID REQUEST#61500181 Page 4
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty
(30) days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement. �
M. Extension or Modification: Any amendments or modifications to this agreement shall be in I�
writing signed by both parties. No additional services or work performed by the successful bidder
shall be the basis for additional compensation unless and until the successful bidder has obtained
written authorization and acknowledgement by County for such additional services. Accordingly,
no claim that the County has been unjustly enriched by any additional services, whether or not
there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation
payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of the successful bidder. The
successful bidder shall not enter into any subcontractor agreements for the completion of this
Project without County's prior written consent, which may be withheld in County's sole discretion.
County shall have the right in its reasonable discretion to approve all personnel assigned to the
subject Project during the pertormance of this Agreement and no personnel to whom County has
an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder
shall require each subcontractor, as approved by County and to the extent of the Services to be
performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities
which the successful bidder, by this Agreement, assumes toward County. County shall have the
right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor
hired by the successful bidder and the successful bidder shall cooperate in such process. The
successful bidder shall be responsible for the acts and omissions of its agents, employees and
subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of
this Agreement. The successful bidder further represents and warrants that all services shall be
performed by qualified personnel in a professional and workmanlike manner, consistent with industry
standards, and that all services will conform to applicable specifications. In addition to the foregoing
warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement
is subject to a one year warranty period during which Contractor must correct any failures or
deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free
from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and
conform to the minimum specifications herein. The successful bidder shall warrant that he has title
to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security
interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage,
travel time, and service trucks used in the servicing (including repairs) of any of the goods to be
purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are
necessary for the first one (1) year period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which
the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the
successful bidder to assign or transfer its rights hereunder without such prior approval by County
BID REQUEST#B1500181 Page 5
shall, at the option of County, automatically terminate this Agreement and all rights of the successful
bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of
County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or
failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is
due to any cause beyond its reasonable control, including but not limited to Acts of God,fires, strikes,
war, flood, earthquakes or Governmental actions.
R. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other
contractors or persons to perform services of the same or similar nature.
S. Employee Financial InterestlConflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507.
The signatories to this Agreement agree that to their knowledge, no employee of Weld County has
any personal or beneficial interest whatsoever in the service or property which is the subject matter
of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that
would in any manner or degree interfere with the performance of the successful bidder's services
and the successful bidder shall not employ any person having such known interests. During the term
of this Agreement, the successful bidder shall not engage in any in any business or personal
activities or practices or maintain any relationships which actually conflicts with or in any way appear
to conflict with the full performance of its obligations under this Agreement. Failure by the successful
bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement. No employee of the successful bidder nor any member of the
successful bidder's family shall serve on a County Board, committee or hold any such position which
either by rule, practice or action nominates, recommends, supervises the successful bidder's
operations, or authorizes funding to the successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced
without such provision, to the extent that this Agreement is then capable of execution within the
originaf intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by
reference shali be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid
until it has been approved by the Board of County Commissioners of Weld County, Colorado or its
designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of
the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be
made by County unless a "change order" authorizing such additional payment has been specifically
approved by the County's delegated employee, or by formal resolution of the Weld County Board of
County Commissioners, as required pursuant to the Weld County Code.
X. Taxes: County wilt not withhold any taxes from monies paid to the successful bidder hereunder and
the successful bidder agrees to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be
entitled to bill at overtime and/or double time rates for work done outside of normal business hours
unless specifically authorized in writing by County.
BID REQUEST#B1500181 Page 6
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of any
agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request. Successful bidders shall keep the required insurance
coverage in force at all times during the term of the Agreement,or any extension thereof, and during any
warranty period. The required insurance shall be underwritten by an insurer licensed to do business in
Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid
provision or endorsement stating"Should any of the above-described policies by canceled or should any
coverage be reduced before the expiration date thereof,the issuing company shall send written notice to
the Weld County Director of General Services by certified mail, return receipt requested. Such written
notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of
premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or
self-insured retention, County must be notified by the Successful bidder. Successful bidder shall be
responsible for the payment of any deductible or self-insured retention. County reserves the right to
require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or
self-insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants
that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities
that might arise out of the performance of the work under this Contract by the Successful bidder, its
agents, representatives, employees, or subcontractors. The successful bidder shall assess its own
risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
successful bidder is not relieved of any liabitity or other obligations assumed or pursuant to the Contract
by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The
successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that
it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to
these requirements must be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The
successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of
all materials and services provided, the timely delivery of said services, and the coordination of all
services rendered by the successful bidder and shall, without additional compensation, promptly
remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers,
agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any
type or character arising out of the work done in fulfillment of the terms of this Contract or on account of
any act, claim or amount arising or recovered under workers' compensation law or arising out of the
failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree.
The successful bidder shall be fully responsible and liable for any and all injuries or damage received or
sustained by any person, persons, or property on account of its performance under this Agreement or
its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect
of The successful bidder in its methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or
other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It
is agreed that the successful bidder will be responsible for primary loss investigation, defense and
judgment costs where this contract of indemnity applies. In consideration of the award of this contract,
the successful bidder agrees to waive all rights of subrogation against the County its associated and/or
affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and
volunteers for losses arising from the work performed by the successful bidder for the County. A failure
to comply with this provision shall result in County's right to immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain,and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
BID REQUEST#61500181 Page 7
Workers' Compensation Insurance as required by state statute, and Employer's Liability insurance
covering all of the successful bidder's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall
not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation
Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver
form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an
insured contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of$1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for eack� accident, and $1,000,000 for property damage applicable to all
vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned
vehicles used in the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may
be extended as herein provided, a commercial general liability insurance policy, including public liability
and property damage, in form and company acceptable to and approved by said Administrator,covering
all operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator
in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subroqation: For all coverages, Successful bidder's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers
or other entities providing goods or services required by this Agreement shall be subject to all of the
requirements herein and shall procure and maintain the same coverage's required of Successful
bidder. Successful bidder shall include all such subcontractors, independent contractors, sub-
vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors
maintain the required coverages.Successful bidder agrees to provide proof of insurance for all such
subcontractors, independent contractors, sub-vendors suppliers or other entities upon request by
the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents are
specifically incorporated herein by this reference.
BID REQUEST#B1500181 Page 8
SPECIFICATIONS: ,
This ro'ect consists of rn-k in II
p � a tu ey stallation of additional outlets and associated wiring in the Island Grove
Barn Building.
1. This will involve installing additional outlets and associated wiring.
2. Installation of new cabinets/panels is required per drawings.
3. The electricai drawings detailing the locations/project are attached.
4. Xcel will be setting a new pad transformer approximately 150 feet to north to support this project.
Transformer will increase from 150 KVA to 300 KVA.
5. Anticipated award date is December 16, 2015. Provide proposed start and finish date.
6. Provide cut sheets of proposed items.
7. Project will be permitted through Weld County. Fees for permits will be waived.
8. Installation shall meet all applicable building and electrica► codes.
PRICING:
TOTAL $
START DATE
FINISH DATE
BID REQUEST#B1500181 Page 9
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the
request for proposal for Request NO. #61500181.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes.
3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal
sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but
not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld
County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract,
with the contract date being the date of signature by the Chair of the Board of County Commissioners.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept
the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The
bid(s} may be awarded to more than one vendor.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID#
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
DATE
"*THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE�'`
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Barbara Kirkmeyer, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Director of General Services
BID REQUEST#61500181 Page 10
Below are the answers to questions regarding the Outlets/wiring — Island Grove Barn Building
bid (#B1500181)
1. There is dirt located in the building. We may wish to use a lift for this project. What
would be the available dates that the dirt would be removed for this option?
Answer: The first available date when all the dirt is removed is May 1, 2016 and will
be for a period of 2 weeks.
�x1����t �3
, The undersigned,by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the
request for proposai for Request NO.#61500181.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes.
3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal
sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but
not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld
County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract,
with the contract date being the date of signature by the Chair of the Board of County Commissioners.
5. Weld County reserves the right to reject any and all bids,to waive any informality in the bids, and to accept
the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The
bid(s) may be awarded to rnore than one vendor.
FIRM .D -� � ��E G f/�1 C �- �. C
BUSINESS
ADDRESS 3 850 c�,e,�ehne �/'J V e
CITY, STATE, ZIP CODE G �'e e 1e y, C D $ D�o 3 y
TELEPHONENO 97d- 330-$Y�,5' FAX g7IJ -33o-$Y78 TAXID# � y- �a871��(�
PRINTED NAME AND TITLE 1��A N E/'�a CL�e/' �d w�'I2!" �
SIGNATURE �C�-t
E-MAIL cn.� e e�e c f�^i C (w Q o l. �a�
DATE 1� I30��p/�
-�
"*THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE"*
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS#98-03551-0a00. YOU DO NOT NEED TO SEND BACK PAGES 1 -8.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Barbara Kirkmeyer, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Director of General Services
BID REQUEST#B1500181 Page 10
SPECIFICATIONS:
This project consists of a turn-key installation of additional outlets and associated wiring in the Island Grove
Barn Building.
1. This will involve installing additional outlets and associated wiring.
2. Installation of new cabinets/panels is required per drawings.
3. The electrical drawings detailing the locations/project are attached.
4. Xcel will be setting a new pad transformer approximately 150 feet to north to support this project.
Transformer wiU increase from 150 KVA to 300 KVA.
5. Anticipated award date is December 16, 2015. Provide proposed start and finish date.
6. Provide cut sheets of proposed items.
7. Project will be permitted through Weld County. Fees for permits will be waived.
S. Installation shall meet all applicable building and electrical codes.
PRICING:
TOTAL $ :�`I, S�,�G�
START DATE � e � � � _ ;�L�I S
FINISH DATE A�'!'► 1 I, � G�/(o
BID REQUEST#B1500181 Page 9
CERTIFICATE OF LIABILITY INSURANCE
American Family Insurance Company ❑
American Family Mutual Insurance Company if seledion box is not checked.
6000 American Pky Madison,Wisconsin 53783-Q001
Insured's Name and Address AgenYs Name,Address and Phone Number(Agt./Dist.)
l''��IBCtfIC
Dan C Mausbach Agency, inc.
�='�� Ch�yenne Dr 922 36th Rve
��rPeie?/. CO$0634 Greeley,CO 80634
Thfs certificate is issued as a matter of infortnation only and confers no rights upop)the Cert fcate Ho/der>
7his�ertificate does not amend,extend or aker the coverage afforded by the policies listed below.
—
C0VERACs�S �.�-�� <,.: �;
-- - �_::: ,....a .� _...� -.. � ., _ ,,-� ��,� -�- r ��
_,�.�.,:�. � ��rm� � - -� ��.s`��;u,
This is to certfy that pol�cies of insurance hsted below h2ve been�ssued to the�nsured named above for the policy penod indicated,notwithstandmg any requlrement,term or condition of any wntred or otFier
document wdh raspeet to which this certficate may be issued or may pertain,the insurance afforded by ihe policies described herem is sub�ect to all the terms,exclusions,and conditions of such policies.
TYPE OF INSURANCE POLICY NUMBER POLICY DATE
EFFECTIVE EXPIRATION LIMITS OF LIABILITY
(Mo,Day,Yr (Mo,Da,Yr)
Homeownersf Bodily Injury arxi Property Damage
Mobilehomeowners Liabtlity
Eech Oawrrence $ ,000
Boatowners Liability Bodily Iryiay and Property�amage
Each Occurrence $ ,000
Personal Umbrella Liability Bodily Irqury and Property Damage
Each Occurtence $ �0
Farm Liability&Personal Liability
FarmlRanch Liability Each pccurrence $ ,000
Farm Employer's liabiliry
Each Occurrence $ ,D0p
Statutory
Workers CompensaUon and EachAccitlerri $ � ,Q00
I �mployers Liability t
Disease-EachEmpbyee $ ,�0p
� Disease-PolicyLimit $ ,000
i General Liabilfly cer�ra�n99ra�e $ 2,Q00,000
� Commercial General ProduMs-Completed Operatioru Ag�egate $ 2,0Q0,000
Liabifity(occurrence)
05-X65381-15 03/13/2015 03l13/2016 P��alandAdvertisinglnjury $ 1,000,000
❑ EachOccurrence $ �,p�Q,��Q
❑
Demage to Premises Rented to You $ 100,000
Medical Expense(My One Person) $ 5,000
Businessowners�iability Each Occurrence� $ ,000
A99regate1"r $ ,�0�
Liquor Liability Common Cause Limit $ ,000
Aggregate Limit $ ,QQ�
AutomobileLiability Bodiylrgury-EachPerson $ 1,000,000
❑Any Auto
❑All Owned Autos BodiN�njury-Each Accident
$ 1,000,000
C� ScheduledAutos 05-X65381-16 12/13/2�15 12l13/2016 propertyDamage g 1,000,000
❑ Hired Auto
❑ Nonowned Autos
Bodily Injury and Property Damage Combined $ ,000
�
� Excess liability
i Commercial Blanket Excess Each Occuvence/Aggregate $ ,0�0
I"_
� Other(Miscellaneous Coverages)
DESCRIPTION OF OPERATIONS/LOCATIONS/YEHICLES/RESTRICTIONS/SPECIAL ITEMS
Weld County Purchasing is listed as addational insured on the CG 32 29 endorsement tshowndasinwl�edelectedto �"e"8
as pertains to general liability and commercial auto. Waiver af subro ation is included �'COVe`� `md�lhispolicy ❑Havenot
wtth respects to general liability and Commercial Auto CG 24 Q4 1� 93 t'+'Products-CompletedOparatbnsaggregate
is equal to each occurrence limit and is
induded in policy aggregate.
� .-
.. .. i . . .. . .e -
�;'A.z�:��T.:��... ..� � - '- � � � �≥/�����,1����� '-�--. �_ .��:- �.�
�..
. . ............ . __, ....::.. � ., .. ..:t.
Additional Insured: � Should any of the above described policies be cancelled hefore the expiration date�
thereof,the company will endeavor to mail '( 30 days)written notice to the CeAificate
Weld County Purehasing Holder named,but failure ro mail such notice shall impose no obligation or liabilfty of any kind
upon the company,Rs agents or representatives.'10 days unless different number of days
1150 "O" Street 9h�,.
This cert�es coverage on the date of issue onty. The above descri6ed policies are
f.-a reeley, Co 80631 subject to cancellation in conformRy wdh their tertns and by the laws of the state of issue.
DATEISSUED T D REPRE EN VE
12/29/2015
t
u-?D7 Ed.5I00 Stock No.06668 Rev.7/02
d y QI3 � 1 �D/�
ACORDT�,, CERTIFICATE OF LIAB1LfTY INSURANCE DATE(A5MlDPhYYv)
12129@015
PRODUCEft THIS CERTIFiCATE i51S5UE0 AS A MATTER OF INFORMAT1ON ONLY
PinnaCol ASSufanCe AND CONFERS NO RIGt175 UPON THE GERTIFICATE HOLOER.THIS
7501 E Lowry Btvd GERTIFICATE DOES NOT AMEND,EX1'END OR ALTER TNE
Denver,CO 8023a-700(i GOVERAGE A�FORDED BY TF1E POLICIES BELOW.
IN3URER5 AFFORPING COVERAGE _ NAIC#
INSURED INBURERA pinnaool Assurance A1190
p�E Electric LLC iNsuRER B:
3850 Cheyenne Drive �NauR�c
GfCCIP.Y�CO 8OB34 INSURER D:'
INSURER E;
COVERAGES ��
Trye voucieS oF 1NSURANCE usTeo BELOW HAVE aEEtv isSUE�TO 7HE INSURED Nannao n8OVE FOR THE POL1Cv PERiOo INDICA7ED.NOTWITHSTANONG
ANY REQUIREMENT,7ERM OR CONDITION OF ANY CONTRACT OR OTNER DOCUMMENT WITIi FESPEC7 TO WHICH THl5 CERTIFICATE N�AY BE 1SSUED OR
MAY PERTAIIV,TNE INSURANCE AFFOROED BY THE POLICIE5�ESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CON�ITIONS OF SUCk
POLICIES.LIMirS SHOWN MAY HAVE eEEN REDUCED BY PAID CtaiM3.
P6UCYEFFEG7�`2 �oucYPXPIRATION
1NSR A�O'L
LTR INBRO TYPEDFINBUP/ANCE POLIGTNUI�'8ER DA7EMAilODIWYY CA�MMl�0/Y1'W LIMITS
3ENERAL L1A6IL.tN EACFt OCW ftRENCE�^_
. pp1AAGE TO RF.NiEO
COMMERCW.ocHGanL�UBILITY •
CLA�fd8MADE � OCCUR PREMISES
MEO FJ�P ano non
p�$QNp�6 A�V INJURY
OENERAIAGGREGATE
OEN'L.AGGREGh76 4��TAFPlJERB PEF: '
PROOUCT3-COMP/O�A68
va4�CY �RQ1E'vT �a�
QOMBMEDSIN6LELIMIT '
AUT031081LE LIABILffY
ANYAUTO EaAoclLorl
60DILY INJURY
ALL 0�'lNEO.auT08 . Per narAon
gcNeout�oauras e00lLYiwuRv
WRED AUTOS
erarrJaur.t>
NGN-0WNEO AUT09
PRODGRN DAFMOE
. . � - (pM�Y'slGont
AlTfO ONLY-EA.ACGI�EN7
CARADE IJABILITY
OTNE�.THMI EAACC
ANY AUTO
AIJTOONLY: �1C'+
c.rH OCCUftRENCE
EXCE.89'UMBRELLA l W a���T'
OCC�R � CWMSMApE qG6R�0ATE
OEWCTIBLG �—�
R�TEMION 8
" WC BTAiiJ� OTH£R
WaRKERB COMP6N9.�TwN�No
EMPLOYER5 UABI�fTY TORV LNdR5
A AM'PROPRIETOf'JPARTN�RJF„XECIJTNE 3�74152 ��JO��ZO1S 12/a1/2018 E.LEACHAGLIDENT 5300,000
QFF�CEftrtAeMeERf�tCLUDE04 E.LD132aSE-F.AE�.tp�Ov� 5$00,000
tl yes.piesas 2a.ulEa unDer'oPECIAL OAOV1910N8�Now E�6 O1SF13E-POUGY LIMIT
OTFICR
DESCRIPTION OF QpEFAT10NSILOCAT10N5NENICLESIEXCLU810Nb AoOED BY ENDORSEMENT16PEdAL PROVISIONS
CER'fIFICATE HOL�ER CANCELLATlOt1
�8655 SHOV�D ANY OF THE ABOVE DESCRIHE�POLICIES BE CANCELLED BEFQRE
Marsha Walters THE ExPIRATIpry DATE THEREOF,TN�iS5UING COMPAf3Y�Nfi..�ENDEAVOR TO
Weld County Purchasing NOTIFY O oays wwrrEN NOTICE TO THE GeRTiFICATE HOLDER NAMen TO
TNE LEFT,9UT FAILURETO NOTIFY SUCH NQTICE SNALL IMPOSE NO
1150 0 Street pOIIGATION OR LIAB1LiTY OF ANY K1NQ UPON 7HE CO�pANY,ITS AGENTS OR
G�'eeley,CO 8dfi31 R�PRESENTATIVES,
AUTHORIX�D REPR.ES�NTATNE
Joseph Rutigliano
ACORD 25(200i/OB) unaerwrlter ACORp CORPORATION�6gg
DEPARTMENT OF BUILDINGS AND GROUNDS
PHONE: (970) 304-6531
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
December 9, 2015
To: Board of County Commissioners
From: Toby Taylor
Subject: Outlets/Wiring Island Grove Barn; Bid #B1500181
As advertised, this bid is to install new outlets and to upgrade the antiquated wiring at the Island Grove
Barn. The low bidder is DJE Electric LLC and meets specifications. Therefore, Buildings and Grounds is
recommending awarding this bid to the low bidder DJE Electric LLC for $84,856.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
bcqoot`f
�/�-3% is
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: mwaltersca''�,co.weld.co.us
E-mail: reverettaco.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
DATE OF BID: NOVEMBER 30, 2015
REQUEST FOR: OUTLETS/WIRING - ISLAND GROVE BARN BLDG
DEPARTMENT: BUILDING & GROUNDS DEPT
BID NO: #B1500181
PRESENT DATE: DECEMBER 9, 2015
APPROVAL DATE: DECEMBER 23, 2015
START FINISH
VENDOR TOTAL DATE DATE
DJE ELECTRIC LLC $84,856.00 12/22/15 04/01/16
3850 CHEYENNE DR
GREELEY CO 80634
ECKSTINE ELECTRIC COMPANY $88,047.00 notice to proceed 12 weeks
13739 WCR 25 1/2
PLATTEVILLE CO 80651
H -S ELECTRIC LLC $94,918.49 02/29/16 04/29/16
610 38TH AVE
GREELEY CO 80634
SPRING CREEK ELECTRIC INC $95,709.00 01/04/16 02/20/16
P O BOX 1343
AULT CO 80610
WARKENTINE ELECTRIC INC $99,750.00 12/21/15 02/26/16
3835 W 10th ST #100J
GREELEY CO 80634
*TOBY IS REVIEWING THE BIDS AT THIS TIME
2015-3812
Hello